RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

Similar documents
RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS REQUEST FOR BID Electrical Supplies BID #

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 SOUTH GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TX REQUEST FOR BID DISTRICT APPAREL BID #

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 SOUTH GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS REQUEST FOR PROPOSAL NO ARBORIST SERVICES DISTRICT-WIDE

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

Notice to Bidders. Request for Sealed Proposal Landscaping and Irrigation Installations Westwood Junior High and Berkner High School RFSP-1364

Request for Qualifications Number 1470 General Construction Services

Notice to Proposers. Request for Proposal Number 1360 Contractors Small Construction Projects

Notice to Bidders. Request for Sealed Bid CARRER AND TECHNOLOGY EDUCATION PROGRAMS SUPPLIES, SERVICES, SOFTWARE and RELATED ITEMS Bid # 1331

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

REQUEST FOR PROPOSAL FOR Flexible Spending Account (FSA) Administration RFP #1389

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

Notice to Responders. Request for Proposal Miscellaneous Consultant Services #1475

REQUEST FOR PROPOSAL 1208 Due Date: Thursday, February 2, 2012 (1:30 PM)

Notice to Proposers. Request for Sealed Proposal Number 1378 Trash Pick Up Service

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS REQUEST FOR BID FOR

Notice to Bidders. Request for Competitive Sealed Proposal Armored Car and Bank Courier Services # 1397

Notice to Responders Cover Sheet. Request for Proposal #1476 Medical Supplies & Related Items

N O T I C E T O B I D D E R S

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

Beaumont Independent School District

N O T I C E T O B I D D E R S

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

Notice to Bidders. Request for Proposal Depository Services Proposal # 1355

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

N O T I C E T O B I D D E R S

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL REQUEST. Sumner County Sheriff s Office

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Richardson ISD RFP# Armored Car & Bank Courier Services. RISD Where all students learn, grow, and succeed.

PROPOSAL REQUEST SUMNER COUNTY

Invitation to Bid ROBOTIC CAMERA SYSTEM

GENERAL CONDITIONS. 6. BID PRICES are to remain firm for one (1) year from date of award, unless otherwise specified.

RFCSP EXCESS WORKERS COMPENSATION INSURANCE

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

Notice to Proposers. Request for Sealed Proposal Number 1436 Grease Trap Services District-Wide

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

SEALED BID. September 29, 2017

Invitation to Bid IN-CAR CAMERA S

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

THE SUMNER COUNTY REGISTER OF DEEDS

Invitation to Bid BULK MOTOR OIL

Education Service Center Region 12 Request for Proposal for a Single Sign-On (SSO) Solution

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

Notice to Bidders. Request for Competitive Sealed Proposal Language Lab Solution #1433

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

INSTRUCTIONS TO BIDDERS

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

Cherokee Nation

Sherman Independent School District Vendor Application

BID DUE DATE Thursday, September 8, 2016 at 2:00 P.M.

Cherokee Nation

Appomattox River Water Authority

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

SEALED BID. February 19, 2018

PROPOSAL REQUEST BOE-1 Locking Safety Tiles & Accessories Shredded Rubber Playfill Mulch/Chips For Sumner County Schools

September 12, 2017 REQUEST FOR BID. Sealed Bid to be marked Bid # Copier Paper ARTICLES AND DESCRIPTION

SECTION IV CONTRACT BID NUMBER

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

PROPOSAL REQUEST. Bid # CO. CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

Standard Bid Terms Table of Contents

INVITATION TO BID 285(Rev 7/94) PAGE :

Invitation to Bid ALL ALUMINUM ELEVATED WELDED ANGLE BLEACHERS FOR SUMNER COUNTY SCHOOLS

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Notice to Bidders. Request for Proposal Depository Services Proposal #0001

Notice to Responders Cover Sheet. Request for Bid #1463 Specialty Paper & Envelopes

Request for Quotation For Lawn Care Treatment

Cherokee Nation

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REQUEST FOR BIDS MINOR REPAIRS

PURCHASING DEPARTMENT

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

MANDATORY GENERAL TERMS AND CONDITIONS:

CONSTRUCTION AGREEMENT

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

INVITATION TO SUBMIT PROPOSAL

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

Invitation to Bid FIRE ALARM MONITORING

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

Transcription:

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR BID #1080 GROUNDS, LANDSCAPE AND HORTICULTURE PRODUCTS DISTRICT-WIDE The Richardson Independent School District (RISD) is soliciting bids for Grounds, Landscape and Horticulture Products as per specifications stated in this solicitation document. Sealed bids shall be submitted in an envelope marked on the outside with the bidder s name, address and bid number RFB-1080, Grounds, Landscape and Horticulture Products to: Richardson Independent School District Purchasing Department 970 Security Row Richardson, Texas 75081 Bids will be received at the above address until 1:30 PM CST, Thursday, March 4, 2010. Bids will be publicly opened at 2:30 PM the same day. Bids must be submitted in sufficient time to be received and time-stamped at the above location on or before the published bid date and time shown on the RFB. Richardson Independent School District will not be responsible for delivering mail from the post office. Bids received after the published time and date cannot be considered. FAX bids will not be accepted. When downloading from the web page it is necessary to open and download any addendum, or other posted document, that is pertinent to this solicitation. All bid documents MUST be filled out, signed appropriately and returned in complete form. The bid name and number must be identified on the outside envelope being delivered (i.e. Federal Express, UPS, US Postal Service, and Hand Delivery.) The bidder shall quote prices F.O.B. delivered, freight prepaid & allowed, to the specified Richardson I.S.D. location. Bidders must submit sealed bids and one (1) exact copy of the complete bid documents together with any material required by any addendum to this RFB by the time and date specified. This is a compliance bid to establish vendors and costs which will allow for the legal acquisition of Grounds, Landscape and Horticulture Products. Bid prices or discounts must remain firm for one-year from the date of award for the bid to be considered. This bid is also renewable for a second and third year in one-year increments provided both parties agree. Any alternates offered for products specifically named on the Specifications/Pricing Page must be identified immediately below the Districtprovided specification. Awards will be made to multiple vendors to cover the range of product needs. The RISD contact for this bid is James Cason, telephone 469-593-0561; e-mail james.cason@risd.org. Contact between solicited vendors and user departments during the request for sealed bid process or evaluation process is prohibited. Any attempt by a solicited vendor to contact the departments will result in disqualification. All questions regarding bids must be submitted to James Cason in writing no later than Friday, February 26, 2010, 1:00PM CST. All questions and answers will be published via an addendum no later than the close of business Monday, March 1, 2010. 1

RICHARDSON ISD REQUEST FOR BID NO. 1080 GROUNDS, LANDSCAPE AND HORTICULTURE PRODUCTS BID AWARD AND EVALUATION I. BID AWARD: This bid will be awarded in the best interest of Richardson ISD to the suppliers who provide best value to the District. II. BID EVALUATION: As provided in the Texas Education Code 44.031(b), bids will be evaluated on the basis of the following criteria. The purchase price The reputation of the vendor and of the vendor s goods or services The quality of the vendor s goods or services The extent to which the goods or services meet the district s needs The vendor s past relationship with the district The total long-term cost to the district to acquire the vendor s goods or services The impact on the ability of the district to comply with laws and rules relating to Historically Underutilized Businesses (HUB) Any other relevant factor specifically listed in the request for bid 2

RICHARDSON ISD REQUEST FOR BID NO. 1080 GROUNDS, LANDSCAPE AND HORTICULTURE PRODUCTS SPECIFICATIONS/PRICING PAGE Vendors should enter prices or discounts offered for any of the following sections that are applicable to their specific product category. Vendors may submit any supplemental literature or published price lists in order to further describe their products or discount structure. All pricing must be quoted FOB Destination, Freight Prepaid and Allowed. Any alternate products offered must be identified by the bidder. I. Gravel, Stone and Sand Products: Moss Boulders - $ per ton Washed Pea Gravel - $ per ton Washed Mason Sand - $ per ton Baseball Infield Blend (30% clay/70% conditioner) - $ per ton Baseball Pitcher s Mound Clay - $ per ton Infield Conditioner (Diamond Pro brand) - $ per ton Decomposed Granite - $ per yard II. Nursery Stock: Shrubs, Ornamental grasses, Shade or Flowering Trees, Native Plants. State discount off catalogue/published pricing % III. Bedding and Mulch: Bedding Soils - $ per yard Hardwood Mulch - $ per yard 3

RICHARDSON ISD REQUEST FOR PROPOSAL NO. 1080 GROUNDS, LANDSCAPE AND HORTICULTURE PRODUCTS SPECIFICATIONS/PRICING PAGE IV. Horticulture/Greenhouse: Greenhouse Components and Supplies, Growing Media, Fertilizers, Sprayers/Spreaders, Composting Materials. State discount off catalogue/published pricing % V. Sod and Seed: Annual Rye Triple Blend 99.9% Weed Free and 99.9% Germination - $ per lbs. Burmuda Sod - $ per yard Saint Augustine Sod - per yard VI. Planters and Containers: Decorative, Outdoor and Rustic Planters; Terrazzo and Plastic Urns. State discount off catalogue/published pricing % 4

RICHARDSON INDEPENDENT SCHOOL DISTRICT BID NO. 1080 Richardson, Texas 75081 GENERAL STIPULATIONS AND CONDITIONS OF BID/ PROPOSAL NON-CONSTRUCTION IF THERE ARE CONTRADICTIONS BETWEEN THE GENERAL STIPULATIONS AND CONDITIONS OF BID/ PROPOSAL AND THE SPECIFICATIONS, WRITTEN OR VERBAL, THE GENERAL STIPULATIONS AND CONDITIONS OF BID/ PROPOSAL SHALL CONTROL. I. INVITATION TO BID: A. Richardson Independent School District invites all interested and qualified Bidders to bid on all proposals in accordance with directions available in the Purchasing Department, 970 Security Row, Richardson, Texas. 75081. B. For the purpose and clarity of this document only, the word District will herein mean the Richardson Independent School District and/or the Board of Trustees of Richardson, Dallas County, Texas. As used herein, the word Bidder means any reliable person, entity, broker, vendor, contractor, and/or manufacturer who wants to bid this contract or submit a proposal in response to a request for catalog offer or request for proposal. The term Bid refers to all bids, responses, proposals submitted hereunder. C. Cash discount will be taken into consideration in determining a contract award. All Bid responses must be quoted with net pricing. D. The District will receive sealed proposals until date and time indicated on the Bid cover. Bids must be delivered to the RISD Purchasing office. Whenever the specifications indicate a product of a particular manufacturer, model or brand in the absence of any statement to the contrary by the Bidder, the Bid will be interpreted as being for the exact brand, model, or manufacturer specified, together with all accessories, qualities, etc., enumerated in the detailed specifications. E. Where a lump sum Bid is provided for, unit prices for each item shall be included for accounting purposes. If quantities are increased or decreased as provided for in the Annulments and Reservations section, the unit prices inserted in a lump sum Bid should be consistent with the total amount quoted for the lumps sum Bid, since the lump sum Bid total will be increased or decreased by the product of the quantity of the increases or decreases multiplied by the unit prices for the item affected. F. All materials, supplies, copyrighted materials, furniture, and equipment for the District shall be delivered F.O.B. Destination. G. RISD will give preference to materials, supplies, and provisions produced, manufactured, or grown locally, provided such items are equal to articles offered by competitors outside of the local area. 5

II. ANNULMENTS AND RESERVATIONS: A. The District reserves the right to reject Bids for any and all of the items, and/or to waive technical defects, if in its judgement, the interest of the District shall so require. B. The Director of Purchasing reserves the right to increase or decrease the given quantity plus or minus fifteen percent (15%). In the event quantities are increased or decreased, the amount added or deducted shall be based upon unit prices quoted. C. The District also reserves the right to annul any contract, if it determines at its sole discretion that the Bidder has failed at any time, to perform faithfully any contract requirements or, in the case of any willful attempt to impose upon the District, materials, products, and/or work inferior to that required by District, and any action taken in pursuance of this latter stipulation shall not affect or impair any rights or claims of the District to the damages for the breach of any covenant of the contract by the Bidder. III. BID PREPARATION, SPECIFICATIONS SHEET, AND BID OPENING: A. An authorized representative of the Bidder must sign all Bids. It is the intent of this bid offer that should a given bid/bids be accepted, it will automatically become a part of a binding contract. Bidders shall list their bids on the appropriate attached sheets, which show the schedule of items to be purchased. Each Bidder may attach a letter of explanation to their bid to explain any information pertaining to the Bid/Bids. B. At the time of the Bid opening (as specified on the front cover and newspaper ad), the Director of Financial Services, or his designee, shall open and record all Bids received,. Sufficient time will be allotted to analyze all Bids received and the final recommendations shall be prepared for District review and approval. Upon District approval, the Bidders shall be notified either by mail, telephone, or purchase order of any award/awards. C. Wherever the District indicates the unit of measure required for bidding purposes, the District may not recalculate the vendor s price if it is based on a different unit of measure than that indicated in any contract. IV. BILLING AND PAYMENT/DISCOUNTING: A. All invoices shall be submitted in duplicate and mailed in accordance with instructions as shown on purchase order (unless otherwise noted). All invoices shall be forwarded to: RICHARDSON INDEPENDENT SCHOOL DISTRICT ATTENTION ACCOUNTS PAYABLE DEPARTMENT 970 SECURITY ROW RICHARDSON, TEXAS 75081 B. Invoices will be returned for correction unless they contain the following information: Item numbers; Description of Item; Quantity; RISD Purchase Order Number. The original and one copy of the invoice shall be forwarded to the office listed above. C. Payment in full will be made only upon final acceptance of items as shown on Purchase Order. Partial payments may be made if partial shipments have been received. D. The Bidders that request prompt payment of bills shall send signed delivery tickets with the invoice to facilitate expedited payment. E. Delivery shall be F.O.B. to each individual location as noted on the Purchase Order. The District will not pay freight bills sent collect. 6

F. Terms for payment, Net 30 days from receipt of complete/correct invoice. All discounts, including prompt payment, shall be included in bid price. V. BONDING: Certain formal Bids will require bonding with the District and shall be indicated in the specifications sheet. VI. COLLUSION: All Bidders shall sign the appropriate certification as provided on the signature sheet. The District may reject any Bid that does not include the required certification. VII. COMPLIANCE WITH SPECIFICATIONS AND PURCHASER S RIGHT OF SELECTION: A. The Bidder shall abide and comply with the true intent of the specifications and not take advantage of any unintentional error or omission. B. The District reserves the right to reject any or all Bids that comply with these specifications, or to accept a higher bid that complies, when, in the judgment of the District, such Bid offers additional value or function, which justifies the difference in price. VIII. DEVIATIONS FROM SPECIFICATIONS: All deviations from the specifications must be specified in writing by the Bidder, at the time the formal bid is submitted. The absence of a written list of requested deviations or exceptions when the Bid is submitted will hold the Bidder strictly accountable to the District to the specification or requirement as written. Any deviation from the specifications as written not previously submitted, as required by the above, will be grounds for rejection of the material and/or equipment when delivered. The District reserves the right to reject or modify any requested exception or deviation. Excessive exceptions may result in disqualification of a bid. IX. ERRORS IN BIDS: RELIEF OF BIDS: Bidders or their authorized representatives shall fully inform themselves as to the conditions, requirements, and specifications before submitting Bids. Failure to do so will be at the Bidder s own risk. If a Bidder makes errors in extension of prices in a Bid, the unit price shall govern at the discretion of the Director of Purchasing. All deviations from the specifications must be specified in writing by the Bidder, at the time the formal bid is submitted. The absence of a written list of requested deviations or exceptions when the Bid is submitted will hold the Bidder strictly accountable to the District to the specification or requirement as written. Any deviation from the specifications as written not previously submitted, as required by the above, will be grounds for rejection of the material and/or equipment when delivered. The District reserves the right to reject or modify any requested exception or deviation. Excessive exceptions may result in disqualification of a bid. X. GUARANTEE: The Bidder shall unconditionally guarantee the materials and workmanship of all merchandise furnished under Bid for a period of one year or longer from date of acceptance of the items delivered and installed unless a different time period is required under the Bid specifications. If, within the guarantee period, any defects or signs of deterioration are noted, which, in the opinion of the District is due to the faulty design and installation, workmanship or materials, upon notification, the contractor, at its expense, shall repair or adjust the equipment or parts to correct the condition, or replace the part or entire unit to the complete satisfaction of the District. These repairs, replacements or adjustments shall be made only at such times as will be designated by the District to cause the least disruption to the instructional programs. 7

XI. INTENT AND LIMIT OF CONTRACT A. These specifications are intended to cover the various types of purchases of said materials, supplies, or services as hereinafter shown to any or to each of the various public schools, administrative facilities, or to any designated warehouse or warehouses in Richardson Independent School District, whichever if specified, in quantities to be determined subsequent to the bid opening. There are approximately 120 schools and offices in this District. B. It is understood that under the terms and conditions of this bid offer, the District reserves the right to purchase any of the listed materials, supplies or services at bid prices submitted provided that it shall be optional on the part of either party to terminate this contract at the expiration of twelve months from the beginning date of any contract period upon notice in writing to the other party to any contract no less than 30 days prior to the expiration of the twelve month period. This will be the only opportunity for cancellation of this contract, except for extenuating causes. XII. OR EQUAL INTERPRETATION CLAUSE: A. Any time a particular manufacturer s name or brand may be specified, it shall mean any product of equal quality. Bids shall be considered on all other brands submitted and on the equal quality product of other manufacturers. On all such Bids, the Bidder shall indicate clearly the product on which it is bidding, and shall supply sufficient data, on its own letterhead, to enable an intelligent comparison to be made with the particular brand or manufacturer specified. B. Catalog cuts and descriptive data shall be attached to the original copy of the Bid, where applicable. Whenever the specifications indicate a product of a particular manufacturer, model, or brand, and in the absence of any written statement to the contrary by the Bidder, the Bid shall be interpreted as being for the exact brand, model or manufacturer specified, together with all the accessories, qualities, etc., enumerated in detailed specifications. (See VIII A.) Failure to submit the above information may result in rejection of bid. XIII. PACKING AND DELIVERY: A. All materials must be securely packed for proper protection and in quantities to be determined by the Director of Purchasing for the District. B. All materials delivered pursuant to this bid offer shall be packed in a substantial manner in accordance with accepted trade practice. No charges may be made over and above the Bid price for packaging. Complete deliveries must be made by the successful vendor to the designated location as indicated on Bid cover and/or purchase order after issuance of purchase orders by the District. A packing slip and/or delivery ticket shall be included in each shipment. Each ticket shall contain the following information for each item delivered: Purchase Order Number, Name of the Article, Item Number, Quantity, and the Name of the Contractor. Failure to comply with this condition shall be considered sufficient reason for refusal to accept the goods or services awarded and ordered. C. All package materials shall be clearly and plainly marked. Example: To: Richardson Independent School District, Department: [state department] Address: [address of department] Purchase Order Number (PO #) 8

XIV. SAFETY REQUIREMENTS: The Bidder/vendor shall provide all equipment, machinery and chemicals furnished and delivered to the District complying in compliance of Safety Regulations as required by OSHA. XV. SAMPLES: CATALOGS: CATALOG CUTS: A. Whenever asked for, a sample, properly tagged, shall be submitted by each Bidder before the time of the Bid opening. The tag on the sample shall indicate the item number, the name of the company submitting the sample, and the Bid number. B. The District will not be responsible for any samples that a Bidder has not picked up within 30 days after being notified that the sample is no longer needed. Samples may be retained by the District until Bidders are notified to remove them. Bidders agree that the District will incur no liability for samples that are damaged, destroyed or consumed in the testing processes. Samples requested are to be delivered to the Director of Purchasing, 970 Security Row, Richardson, Texas. 75081. XVI. SIGNATURE TO BIDS: Each Bid must show the full business address and telephone number of the Bidder and be signed by the person or persons legally authorized to sign contacts. All correspondence concerning the Bid and contract, including Notice of Award, and Purchase Order, will be mailed or delivered to the address shown on the Bid in the absence of written instructions from the Bidder to the contrary. XVII. TAXES: A. The District is exempt from the payment of the Texas Sales Tax. Exemption Certificates for the Federal Excise Tax may be furnished, if such should apply to any item purchased. B. Prices quoted shall not include federal excise or state sales and use taxes. Exemption certificates will be furnished upon request. C. The District s Tax Identification Number is 1-75-6002311-5. XVIII. DELIVERY: A. All deliveries shall be made during the hours of 8:00 a.m. and 3:00 p.m. on all regularly scheduled school days, except where otherwise noted by Purchasing Department. B. All deliveries shall be made inside school buildings, warehouse, offices, etc., and special instruction for date of delivery shall be included in the general specifications. C. Special instructions shall be indicated by District in the specifications for exact time, date and locations of equipment and machinery delivery for items, which are to be erected, set-up and installed. For heavy equipment, materials or machinery requiring special handling, detailed instructions shall be written in the specifications. D. Delivery of materials received centrally will be accepted by motor freight. 9

SIGNATURE SHEET My/our signature below confirms that I/we: 1. propose to furnish, package, mark, and deliver to the Richardson Independent School District, the supplies, materials or equipment as required in the accompanying specifications, and at the unit price indicated; 2. certify that this Bid is made without any previous understanding, agreement, or connection with any person, firm, or corporation making a bid for the same supplies, material and equipment, and is in all respects fair and without collusion or fraud; 3. certify that this firm is an equal opportunity employer and that all employment decisions are made without regard to the color, race, sex, national origin, religion, age, or disability status of otherwise qualified individuals; and 4. certify that all material and equipment Bid by this firm and to be supplied to the Richardson Independent School District meets all safety and health standards as prescribed by the rules and regulations of the Occupational Safety and Health Act. COMPANY NAME: SIGNATURE: Printed name: Title: DATE SIGNED: ADDRESS: TELEPHONE: FAX/E-MAIL: PAYMENT TERMS: Complete and return with RISD BID NO. 1080 10

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS (a) (b) I. DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION In accordance with the provisions of Appendix A to 49 CFR (Code of Federal Regulations), Part 29, the offeror certifies to the best of the offeror s knowledge and belief, that it and its principals: (1) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal, State or Local Government department or agency; (2) have not within a three (3) year period preceding this offer been convicted of or had a civil judgment rendered against them for the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes, or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local with commission of any of the offenses enumerated in (a)(2) above; and (4) have not within a three (3) year period preceding this offer had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the offeror is unable to certify to any of the statements above, the offeror shall attach a full explanation to this offer. (c) For any subcontract at any tier expected to equal or exceed $25,000: (1) In accordance with the provisions of Appendix B to 49 CFR, Part 29, the prospective lower tier subcontractor certifies, by submission of this offer, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to the statement, above, an explanation shall be attached to the offer. (3) This certification (specified in paragraphs (c)(1) and (c) (2), above, shall be included in all applicable subcontracts and a copy kept on file by the prime contractor. The prime contractor shall be required to furnish copies of the certifications to the Authority upon request. 11

II. FELONY CONVICTION NOTIFICATION AND CRIMINAL BACKGROUND CHECK (a) (b) (c) Offeror must give advance notice to the Owner if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. The District may terminate any Agreement or if the Owner determines that the person or business entity failed to give notice as required by this paragraph or misrepresented the conduct resulting in the conviction. This paragraph requiring advance notice does not apply to a publicly held corporation. : Offeror will obtain criminal history record information that relates to an employee, applicant for employment, or agent of the Offeror if the employee, applicant, or agent has or will have continuing duties related to the contracted services; and the duties are or will be performed on school property or at another location where students are regularly present. The Offeror certifies to the Owner before beginning work and at no less than an annual basis thereafter that criminal history record information has been obtained. Offeror shall assume all expenses associated with the background checks, and shall immediately remove any employee or agent who was convicted of a felony, or misdemeanor involving moral turpitude, as defined by Texas law, from Owner property or other location where students are regularly present. District shall be the final decider of what constitutes a location where students are regularly present. Offeror s violation of this section shall constitute a substantial failure. If the Offeror is the person or owner or operator of the business entity, that individual may not self-certify regarding the criminal history record information and its review, and must submit original evidence acceptable to the District with this Agreement showing compliance. Signature below acknowledges compliance with Section I. DEBARMENT, SUSPENSION, INELIGILITY AND VOLUNTARY EXCLUSION and Section II. FELONY CONVICTION NOTIFICATION AND CRIMINAL BACKGROUND CHECK. SIGNATURE OF OFFEROR: DATE: PRINTED/TYPED NAME OF OFFEROR: COMPANY NAME: TEL#: COMPLETE AND RETURN WITH BID 1080 12

RICHARDSON INDEPENDENT SCHOOL DISTRICT REQUEST FOR BID NO. 1080 STATEMENT OF EQUAL OPPORTUNITY AND NON-DISCRIMINATION The Richardson Independent School District is committed to fair and equal competition among all vendors. It is the policy of the Richardson ISD to encourage participation in the competitive bid process by all interested parties. The Richardson ISD does not discriminate against any otherwise qualified vendor because of the vendor s race, color, national origin, age, religion, sex, or disability. 13

RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT Notice to Vendors: Conflict of Interest Questionnaire Required by Chapter 176 of the Texas Local Government Code Effective January 1, 2006, any person or entity who contracts or seeks to contract with RISD for the sale or purchase of property, goods, or services (as well as agents of such persons) (hereafter referred to as Vendors) are required to file a Conflict of Interest Questionnaire with the District. Each covered person or entity who seeks to or who contracts with RISD is responsible for complying with any applicable disclosure requirements. RISD will post the completed questionnaires on its website. The Conflict of Interest Questionnaire must be filed: No later than the seventh business day after the date that the Vendor begins contract discussions or negotiations with the government entity, or submits to the entity an application, response to a request for proposal or bid, correspondence, or other writing related to a potential agreement with the entity. The Vendor also shall file an updated questionnaire not later than September 1 of each year in which a covered transaction is pending, and the seventh business day after the date of an event that would make a statement in the questionnaire incomplete or inaccurate. Note: A Vendor is not required to file an updated questionnaire if the person had filed an updated statement on or after June 1, but before September 1 of the year. Please sign and return the following Conflict of Interest Questionnaire from the Texas Ethics Commission with your bid/proposal to the following address: Richardson Independent School District Attn: Purchasing Department 970 Security Row Richardson, Texas 75081 The Local Government Officers of the Richardson Independent School District are: Board of Trustees: Interim Superintendent: Kim Caston Luke Davis Karen Ellis Lanet Greenhaw Karen Holburn Kim Quirk David Tyson Dr. Carolyn G. Bukhair 14

15

INTERLOCAL AGREEMENT CLAUSE RICHARDSON ISD BID NO. 1080 GROUNDS, LANDSCAPE AND HORTICULTURE PRODUCTS Richardson ISD is a participating member of the Collin County Governmental Purchasers Forum (CCGPF) and Educational Purchasing Cooperative of North Texas (EPCNT). As such the Richardson ISD has executed Interlocal Agreements, as permitted under Chapter 791 of the Government Code with certain other governmental entities in CCGPF and EPCNT authorizing participation in a cooperative purchasing program. Several governmental entities in proximity to the Richardson Independent School District have indicated an interest in being included in this contract. Should these governmental entities decide to participate in this contract, would you, (the vendor) agree that all terms, conditions, specifications, and pricing apply? Yes No If you (the Vendor) checked yes, the following will apply. Governmental entities utilizing Internal Governmental contracts with the Richardson Independent School District will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases made by a governmental entity other than Richardson Independent School District will be billed directly to that governmental its own material/service as needed. Vendor Name 16